Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOLICITATION NOTICE

D -- Offsite Storage and Transportation Services of Backup Tapes for Disaster Recovery

Notice Date
1/17/2024 3:22:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
N3943024R0006
 
Response Due
1/24/2024 2:00:00 PM
 
Archive Date
02/08/2024
 
Point of Contact
Dyanne Van Der Kamp, Phone: 8059822515, Matthew Dominy, Phone: 8059822914
 
E-Mail Address
dyanne.vanderkamp.civ@us.navy.mil, matthew.a.dominy.civ@us.navy.mil
(dyanne.vanderkamp.civ@us.navy.mil, matthew.a.dominy.civ@us.navy.mil)
 
Description
�This is a combined synopsis/solicitation�for�commercial products prepared in accordance with the format in�FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only�solicitation; proposals are being requested and a written�solicitation�will not be issued. The solicitation number is N3943024R0006. This�solicitation�is issued as a request for quotation (RFQ), set aside for a single award to a small business with the NAICS code 493110, and size standard $34,000,000. The�solicitation�document and incorporated provisions and clauses are those in effect through Federal�Acquisition�Circular 2023-05. The Naval Facilities Engineering Systems Command (NAVFAC) Information Technology Center (NITC) has a requirement to obtain services for transportation and storage of backup tapes for disaster recovery purposes. The requirement is further detailed in the attached Statement of Work. The following provision applies to this acquisition: FAR�52.212-1,�Instructions to�Offerors-Commercial Products�and�Commercial Services. The offer must comply with all parts of the Statement of Work by submitting a proposal that demonstrates the technical ability to meet the requirement, including a contingency plan for access to storage facilities in the event of an emergency; procedures to obtaining access to military installations for both routine and emergency pickups; identify if an inventory tracking system is used, and state if it is customer accessible. In addition, the offeror shall submit up to five similar services provided within the last three years which include the name of the organization, location, and nature of the job. The offeror will submit the total firm fixed price for these services in the format below. CLIN 001 - Base Year - 03/01/2024 to 02/28/2025� � � � � $� �__________________ CLIN 002 - Option Year 1 - 03/01/2025 to 02/28/2026� � �$���__________________ CLIN 003 - Option Year 2 - 03/01/2026 to 02/28/2027� � �$���__________________ � � � � � � � � � � � � � Total Firm Fixed Price� � � � � � � � � � � � � $���__________________ The following provision applies to this acquisition: FAR 52.212-2,�Evaluation-Commercial Products�and�Commercial Services. The Government will evaluate the total price by conducting a price analysis using one or more of the various price analysis techniques and procedures listed in FAR 13.106-3.� If the lowest priced proposal is not found to be technically acceptable then the next lowest price proposal shall be evaluated. If that proposal is also not found to be technically acceptable, then the process described will be conducted again as many times as necessary, until such time as the Government identifies a technically acceptable proposal. The Government will evaluate the offeror�s technical capability as it relates to how the offer conforms to the requirements stated in the Statement of Work. All�offerors�shall include a completed copy of the following provision: FAR�52.212-3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services. The following clause applies to this acquisition:�FAR�52.212-4,�Contract Terms and Conditions-Commercial Products�and�Commercial Services. The following clause applies to this acquisition: �FAR�52.212-5,�Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services. The offer must comply to all parts of the Statement of Work. ����������� � � � � � � �� The proposal due date is 24 January 2024 no later than 02:00PM PT, and shall be submitted electronically to matthew.a.dominy.civ@us.navy.mil and dyanne.vanderkamp.civ@us.navy.mil. The deadline for requests for information (RFIs) is 17 January 2024 no later than 02:00PM PT.� RFIs can be sent to Matthew Dominy, matthew.a.dominy.civ@us.navy.mil, and Dyanne Van Der Kamp, dyanne.vanderkamp.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e7fa0c3a065849e8bfe3e4c088d4a679/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN06936919-F 20240119/240117230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.